Page 1 of 18
राष्ट्रीय पवन ऊर्ाा संस्थान
(नवीन और नवीकरणीय ऊर्जा मतं्रजलय के अधीन स्वजयत्त अनसुंधजन एवं ववकजस संस्थज, भजरत सरकजर) NATIONAL INSTITUTE OF WIND ENERGY
(An Autonomous R&D Institution under Ministry of New and Renewable Energy, Government of India)
वेलचेरी तजम्बरम प्रमुख मजर्ा ,पल्ललकरणई ,चेन्नै - 600 100,तममल नजडु, भजरत
Velachery – Tambaram High Road, Pallikaranai, Chennai - 600 100, Tamil Nadu, INDIA
____________________________________________________________________
NIT NO: NIWE/PUR/17/100/18 DATE: 14.12.2018
E-TENDER FOR “OFFSHORE ENVIRONMENTAL IMPACT ASSESSMENT
STUDIES AT PROPOSED LIDAR POINTS AT GULF OF MANNAR, OFF
TAMILNADU COAST FOR OFFSHORE WIND MEASUREMENT” DUE AT
03.30 P.M. ON 31.12.2018 OPENING AT 3.30 P.M. ON 02.01.2019.
Dear Sirs,
National Institute of Wind Energy invite offers for “Offshore Environmental Impact
Assessment Studies at proposed LIDAR points at Gulf of Mannar, off Tamil Nadu
coast for Offshore Wind Measurement” from Service providers as per details given
below:
S.NO. DESCRIPTION OF WORK
1.
“Offshore Environmental Impact Assessment Studies at proposed LIDAR
points at Gulf of Mannar, off Tamil Nadu coast for Offshore Wind
Measurement’’
2. Document Download:
Tender documents may be downloaded from Central Public Procurement Portal at
https://eprocure.gov.in/eprocure/app. Aspiring Bidders who have not
enrolled/registered in e-procurement should enroll/register before participating
through the website https://eprocure.gov.in/eprocure/app. The portal enrollment
is free of cost. Bidders are advised to go through instructions provided at CPP
portal.
3. Earnest Money Deposit
EMD amount of Rs.50,000/- (Rupees Fifty Thousand only) shall be submitted by
the bidders in the form of Demand Draft/Cheque/NEFT/RTGS. Suppliers registered
with National Small Industries Corporation (NSIC) such as
Micro/Small/Medium/Startup Enterprises registered for supply / service related to
this tender are eligible for exemption from payment of EMD / Security deposit for
the contract up to the monetary limit for which the unit is with NSIC. (Attested
copy of registration certificate should be furnished in support of the claim of
exemption).
a) The Earnest Money deposit of Rs.50,000/- (Excluding Bank Charges) shall,
at Bidders option, be in the form of a Demand draft or Banker’s cheque
drawn in favor of NIWE payable at Chennai, or a Bank Guarantee from any
of the banks specified in the bidding documents.
Page 2 of 18
b) The format of Bank Guarantee towards Bid Security shall be in accordance
with the form of bid security included in the bidding documents. The EMD
shall remain valid for a period of forty-five (45) days beyond the original
Bid validity period or beyond any extension in the period of Bid validity
subsequently requested.
c) Scanned copy of the EMD details to be uploaded in the NIC portal.
d) EMD to be submitted in the form of DD/CHEQUE/NEFT/RTGS well
within the tender closing date and time. If EMD is done by DD/Cheque it
should be submitted in the tender box in a separate sealed cover duly super
scribing “E-tender for Offshore Environmental Impact Assessment Studies
at proposed LIDAR points at Gulf of Mannar, off Tamil Nadu coast for
Offshore Wind Measurement’’. For NEFT/RTGS the fund transfer details
has to be shared with the bidding documents and a copy of the same may be
uploaded in the NIC portal.
4. Critical Dates for the tender reference NIT No.NIWE/PUR/17/100/18
Published Date 14.12.2018
Bid Submission Start Date 14.12.2018
Bid Submission End date 31.12.2018 at 03:30 PM
Bid Opening Date 02.01.2019 at 03:30 PM
5. Bid Submission:
Bids shall be submitted online only at CPP website:
https://eprocure.gov.in/eprocure/app
1. Tenderers can access tender documents on the website, fill them with all
relevant information and submit the completed tender document into
electronic tender on the website https://eprocure.gov.in/eprocure/app
2. Tenders and supporting documents shall be uploaded through e-procurement
portal. Hard copy of Bid documents shall not be accepted & shall summarily
be rejected.
3. Scanned copy of following shall be uploaded in the CPP Portal :
Copy of GST certificates & PAN
R.T.G.S Particulars for making payment
Signed copy of Tender Documents for accepting the terms and condition
along with Name, Signature and Seal of the company.
Copy of registration with PF/ESI departments of Central/State Govt.
Copy of Company registration certificate
Copy of NABET Accreditation for the given scope of work.
Scanned Copy of EMD/MSME/NSIC Certificate.
Yours faithfully,
Dy. Director General (F&A)
Page 3 of 18
GENERAL TERMS AND CONDITIONS
1. Bids shall be submitted as referred to in the NIT Clause No.5.0. Any other mode
of bid submission shall be summarily rejected. E-tender shall be opened on due
date at 05.30 PM at this indicated venue online only.
2. NIWE reserves the right to accept the offer by individual items and reject any or
all tenders without assigning any reason thereof and does not bind itself to accept
lowest quotations.
3. Participation in this tender is by invitation only and is limited to the selected
Procuring Entity’s registered suppliers. Unsolicited offers are liable to be ignored.
However, suppliers who desire to participate in such tenders in future may bring it
to the notice of Procuring Entity through email/post.
4. Manufacturer’s name and country of origin of materials offered must be clearly
specified. Please quote whether your organization is large scale industry or small
scale industry. If you have NSIC/MSE/MSI/DGS&D Certificate, please attach it
to the bid. Mention your registration details.
5. Complete details and ISI specification if any must accompany the bid.
Make/brand of the item shall be stated wherever applicable. If you have got any
counter offer as suitable to the material required by us, the same may be shown
separately.
6. All drawings sketches and samples, if any, sent along with this enquiry must be
returned along with the bids duly signed.
7. All supplies are subject to inspection and approval before acceptable.
Manufacturer/supplier warranty certificates and manufacturer/Government
approved lab test certificate shall be furnished along with the supply, wherever
applicable.
8. The prices quoted should be firm till the supplies are completed. Please quote the
rates in works and figures. Price quoted should be net and valid for a minimum
period of three months from the date of opening of the quotation.
9. GST (CGST/SGST/IGST) wherever applicable shall be clearly indicated. If no
indication regarding GST is recorded in the bid, the GST will be considered as
included.
10. Period required for completing the work shall be invariably specified in the BID.
11. In case your BID is accepted and order is placed on you, the supply/services
against the order should be made within the period stipulated in the order. NIWE
reserves the right to recover any loss sustained due to delayed delivery by way of
penalty. Failure to supply/services within the stipulated period shall entitle
Procuring Entity for the imposition of penalty without assigning any reasons @
½% - (half percent) of the total value of the item covered in order as penalty per
day subject to a maximum of 5% (five percent) unless extension is obtained in
writing from the office on valid ground before expiry of delivery period.
Page 4 of 18
12. Eligibility and Qualifying Requirements
Bidder should have successfully completed at least 3 offshore
Environment Impact Assessment (EIA) in marine environment for marine
/offshore structures or similar works during last 7 years as on 30/11/2018.
Bidder should attach the relevant necessary documents like work order,
work completion certificates for the above mentioned completed
Projects/work before the Tender issue date. The work order value of the
completed projects should be either of the following.
a. Three similar completed works costing not less than 8 lakhs.
or
b. Two similar completed works costing not less than 10 lakhs.
or
c. One similar completed work costing not less than 16 lakhs.
The consultant shall be accredited by NABET for the given scope of work.
Suppliers registered with National Small Industries Corporation (NSIC)
such as Micro/Small/Medium/Startup Enterprises registered for supply /
service related to this tender are eligible for exemption from the above
qualifying requirements. However, sufficient documents relevant to the
given EIA studies & surveys in marine environment shall be submitted to
evaluate the technical strength of the company/firm.
13. Security Deposit
1. Within thirty (30) days of the receipt of Purchase Order/Letter of Award from
the Owner, the Supplier shall furnish Security Deposit in any form acceptable to
the Owner for 5% value of the order including taxes and duties (less EMD when
paid by DD/Banker’s Cheque).
2. Failure of the supplier to submit the above-mentioned Security Deposit shall
constitute sufficient grounds for the annulment of the award and forfeiture of the
EMD.
3. Security Deposit may be submitted in any of the following forms:
I) A crossed Demand Draft/ Bankers cheque drawn in favour of NIWE
Payable at Chennai.
II) II) An irrevocable Bank Guarantee as per the NIWE standard format from
any nationalized bank / Scheduled Bank as acceptable to NIWE.
4. The validity of the Security Deposit in the form of Bank Guarantee shall be
for an additional period of 3 months beyond the due date of successful
completion of the work.
Page 5 of 18
14. Dispute clause:
Any dispute relating to the enquiry shall be subject to the jurisdiction of the Court
of Chennai only. If any dispute(s)or difference(s) of any kind whatsoever arise
between the Parties hereto in connection with or arising out of this Contract, the
Parties hereto shall negotiate with a view to its amicable resolution and settlement.
In the event no amicable resolution or settlement is reached within a period of
thirty (30) days from the date on which the dispute(s) or difference(s) arose, such
dispute(s) or differences shall be referred to and settled by sole arbitration of the
Secretary, Ministry of New and Renewable Energy, New Delhi or his nominee
whose decision shall be final and binding for both the parties, under the provisions
of The Arbitration and Conciliation Act, 1996. The existence of any dispute(s) or
difference(s) or the initiation or continuance of the arbitration proceedings shall
not permit the Parties to postpone or delay the performance by the parties of their
respective obligations pursuant to this Contract. The venue of the arbitration shall
be Chennai, India.
15. ADDRESS FOR COMMUNICATION
D.Lakshmanan
Deputy Director General (Finance & Administration),
National Institute of Wind Energy,
Velachery – Tambaram Main Road, Pallikaranai,
Chennai 600100.
Phone: EPABX: 91-44-2246 3982 / 83 / 84 /2900 1162 / 67 / 95.
Fax: 91-44-2246-3980, Email: [email protected], [email protected]
Any amendment to the Tender will be published only in the NIWE Website
: http://niwe.res.in.
It is the tenderers’ responsibility to visit the NIWE website frequently to know about
the latest updates / amendments / corrigendum / addendum / clarifications if any.
Deputy. Director General (F&A)
Page 6 of 18
SPECIAL PURCHASE CONDITIONS
1. INTRODUCTION
National Institute of Wind Energy (NIWE) intend to take up LiDAR based
offshore wind measurement for offshore wind power project at Gulf of Mannar, Off
Tamil Nadu coast. The proposed Lidar location coordinate is given below:-
Zone Latitude (N) Longitude (E) Depth (As per NHO chart)
Zone C1 9°1'30.23"N 79°19'27.03"E 28m
For the purpose, National Institute of Wind Energy, Chennai is planning to hire
NABET accredited consultants under MOEF&CC authorized agencies for carrying
out the Offshore Environmental Impact Assessment (OEIA) studies for a temporary
offshore structure for mounting LIDAR instrument - wind measurement device at
Gulf of Mannar, off Tamil Nadu coast. In order to assess environmental impact of the
proposed activity, the scope of work requires site-specific data for water, sediment
quality and biological characteristics and analysis of impact on marine environment,
flora and fauna.
2. SCOPE OF WORK:
The NABET accredited consultant under MOEF&CC authorized agencies should
carryout Environmental Impact Assessment Studies at the proposed LiDAR Location at Gulf
of Mannar, off Tamil Nadu coast. The descriptions of the works are as follows;
The bidder shall undertake a site visit to the proposed location to assess the
measurement requirements.
Physical, chemical and biological water quality and sediment quality measurements
shall be measured in the nearfield and farfield region of the onshore and offshore
site.
HTL /LTL demarcation map from an authorized agency approved by GOI, duly
superimposing the project features.
Preparation rapid EIA/EMP Report (Covering Preliminary Risk Assessment and
Broad Disaster Management Plan).
NoC (No objection certificate) from Forest Department as the project site is falling in
GOMBR (Gulf of Mannar Biosphere reserve)
Support / Represent/ Technical Assistance to NIWE during DCZMA, TNCZMA and
MoEF&CC meeting and provide necessary documents submission/support.
Any other specific requirements of DCZMA, TNCZMA and MoEF&CC etc.
Page 7 of 18
Figure 1: Map showing LiDAR Location
3. Site Inspections & Tender Information
Prior to the tender closing, it is strongly suggested that the Bidder visit and inspect
the site and surrounding areas where the Service is to be performed.
3.1 The Bidder shall be deemed to have satisfied themselves as to the form and
nature of the site, the quantities and nature of the service and materials
necessary for the completion of the service, and in general to have obtained
all necessary information as to the risks, contingencies and other
circumstances which may influence or affect his Tender.
3.2 Bidders will be granted permission by the NIWE, post-application, to ‘enter
upon the site’ of the service for the purpose of inspection, but only upon the
expressed condition that such person will release and indemnify the NIWE
from and against all liability in respect of personnel injury, loss of or
damage to property and any other loss, or effects of adverse weather
condition of operation.
3.3 Bidders shall make their own assessment of existing facilities, conditions
and difficulties which will attend the execution of the service called for by
the proposed contract; including local conditions, constraints due to
maintenance of traffic, labour conditions, uncertainty of weather, difficulties
with access, and all other reasonable contingencies. Bidders shall satisfy
themselves by personal examination of the site of the proposed Service and
by such other means as they choose as to actual conditions and requirements,
and as to the quantities required.
3.4 No subsequent claim will be allowed or considered for any work that may be
required for the proper execution and completion of the Services, due to
failure by the Bidder to examine the site and make proper allowances for the
conditions to be encountered.
LiDAR location with water depth about 28 meters falling in Zone-C1
Latitude: 9°1'30.23"N Longitude: 79°19'27.03"E
Page 8 of 18
4. Schedule of Services
The bidder shall render following services:
Stage-1
a. A primary meeting with concerned NIWE authorities followed by site visit.
b. Understanding NIWE’s requirements.
c. Examine the site conditions to become fully acquainted for the proposed
work/project.
d. Prepare a methodology and testing details based on data as per norms.
e. Presentation of the scheme conceptual report.
f. Submission shall be in two hard copies as well as in soft copy.
Stage-2
a. After approval modify the report incorporating required changes
/modifications and prepare working report with methodology, etc. for the
NIWE’s approval.
b. Submission shall be in two hard copies as well as in soft copy.
Stage-3
a. Based on working methodology, Environmental Impact Assessment studies
shall be conducted as per the requirements of MoEF&CC. The studies shall be
carried out as per relevant standards and codes. The work shall be constantly
supervised at site by a qualified engineer of the bidder. All the arrangements
for enabling the presence of the engineer at site shall be arranged by the
bidder.
b. After completion of field tests, testing shall be carried out in laboratory and
detailed preliminary report shall be prepared and submitted to NIWE for
approval.
c. Submission of report shall be in three hard copies as well as in soft
copy.
d. All the analysis and reports should be in compliance with the guidelines of
District / State Coastal Zone Management Authority / EAC, MoEF&CC.
Note:
1. NIWE shall provide available input data/ information such as location etc.,
2. Contracting/consulting firms shall have to verify the data and any doubt/ambiguity
observed shall be clarified mutually.
3. Contracting-/consulting firms shall have to carry out EIA studies in conformity
with the provisions of all relevant prevailing Standards & codes, Specific to
marine condition shall be considered
4. Contracting/consulting firm shall explain/clarify the methodology to the NIWE’s
Engineer / Person authorized by NIWE during the execution of the project.
5. Contracting/consulting firms shall be accountable for EIA studies for the
particular project site as per NIWE / Govt. rules or as amended from time to time.
6. If NIWE desire to cross check / scrutinize the EIA studies by any other expert /
technical institute then contracting firms shall attend meeting with such expert
appointed and will comply with the remarks.
7. The EIA report shall be the property of NIWE.
Page 9 of 18
5. Term of Reference
i. General:
The Term of Reference covered under EIA studies includes field investigation,
laboratory testing and submission of investigation reports incorporating the
observations made during the field investigation and the results of laboratory tests,
analysis of all results, and other related information along with necessary charts,
curves and drawings etc. The investigation shall consist of water quality studies to
determine the present water, sediment and biological quality in and around the
proposed installation area. This study is necessary to determine the baseline status
in the water, sediment and biological quality. The sampling stations shall be
located at 1000m and 2000m to the east, north, west and south of installation site
to determine baseline status.
ii. Tender Drawing:
The EIA studies has to be done at location of the LIDAR and field tests/areas to
be investigated for locating the project shall be issued by NIWE at the time of
issuing LOI for specific project/before commencement of work at site. The work
shall be carried out in presence of the NIWE’s engineer-in-charge / person
authorised by NIWE.
The bidder is supposed to be acquainted with working conditions and the nature,
type and scope of work. The rates quoted shall remain firm during the entire
period of execution till completion of the work and any additional claim for lack
of knowledge shall not be entertained.
iii. Location and extent of study:
All the investigations shall be carried out at Gulf of Mannar, off the coastline of
Tamil Nadu. The coordinate is follows:
Zone Latitude (N) Longitude (E) Depth (As per NHO chart)
Zone C1 9°1'30.23"N 79°19'27.03"E 28m
The methodology for carrying out the proposed studies is as follows;
Study of hydrodynamics at the site consisting of short-term measurement of
currents and tides (during the period of water quality sampling).
Water quality studies to determine the present water, sediment and biological
quality in and around the proposed installation area.
This study is necessary to determine the baseline status in the water, sediment and
biological quality.
The sampling stations shall be located at 1000m and 2000m to the east, north,
west and south of installation site to determine baseline status.
Single season data collection will be carried out at sampling sites located offshore
of the site.
Previous data collected for the EIA studies and other at the location and secondary
data if available with NIWE / NIOT / NIO /any other institutions (collected over a
period of 10 years) shall be used for impact study.
Page 10 of 18
iv. Environmental Conditions:
The water depth at proposed location of is around 20m-30m. A maximum wave
height of 3.0 m with a tidal range of 1.0 m and current speed of 2 m/s are anticipated at
these location. However the above details are indicative and the bidder should accesses
and understand the actual site condition to get familiarized with the wave climate before
the execution of the work. All the sampling and testing will be done by using a suitable
methodology as per Indian Standards to obtain proper undisturbed soil layers to obtain
proper undisturbed soil layers.
v. Sampling & Testing:
Depending on water-depth and met ocean conditions, Offshore Environmental
Impact Assessment (EIA) studies shall be conducted with suitable methodology as per
MoEF&CC requirements.
The methodology for carrying out the proposed studies is as follows
Water quality studies to determine the present water, sediment and biological
quality in and around the proposed installation area. This study is necessary to
determine the baseline status in the water, sediment and biological quality.
The sampling stations shall be located at 1000m and 2000m to the east, north,
west and south of installation site to determine baseline status.
Specifications of the primary data collection program are defined in Table 1. Single
season data collection will be carried out at sampling sites located offshore of the site.
Table 1: On site (primary) data collection program details
Attribute Parameters Sampling Specification
Water quality (Physical) Atmospheric Temperature, Water
Temperature, Total Suspended Solid
(TSS), pH, Salinity
Surface sampling shall be
carried out 9 locations per
tide
One sample each for High
Tide and Low Tide per day
Water quality
(Chemical)
Dissolved Oxygen (DO), Biochemical
Oxygen Demand (BOD), Inorganic
Phosphates, Nitrite Nitrogen, Nitrate
Nitrogen, Ammonia Nitrogen, Petroleum
hydro Carbon (PHC)
Metals ( Cadmium, Chromium, Copper,
Cobalt, Lead, Manganese, Mercury,
Nickel, and Zinc)
Biological
Characteristics
Chlorophyll-a, Zooplankton &
Phytoplankton
Sediment Quality
Petroleum hydro Carbon (PHC) in
Sediment
Metals ( Cadmium, Chromium, Copper,
Cobalt, Iron, Lead, Manganese,
Mercury, Nickel, and Zinc)
One Sampling shall be
carried out at 9 locations
One sample per location
Page 11 of 18
Attribute Parameters Sampling Specification
Faunal Analysis
Macro benthos (abundance and
assemblage, faunal diversity
The surface water, sediment samples collection, preservation and analyses are
followed as per IS/CPCB/American Public Health association (APHA) methods. Onsite
measures like temperature, salinity, conductivity and DO etc. are carried out by using
handheld multi probe instruments. During sample collection and analysis period all
QA/QC procedure are followed as per IS/CPCB standards.
vi. Codes and Standards:
All the sampling and testing should be done as per the relevant codes and standards
vii. Reports:
All reports should be provided as per the requirements of DCZMA / TNCZMA and
MoEF&CC.
a. Preliminary Report and Records:
The proposed monitoring study will be initiated within 15 days and completed
tentatively within 40 days from the date of receiving the work order. All the
relevant reports shall be submitted to NIWE in both Hard & Soft copies.
b. Draft and Detailed Report:
On completion of field and laboratory tests, three hard copies of detailed draft
reports & soft copy as per the requirements of MoEF&CC to be submitted to
NIWE. Upon Approval by NIWE, soft copy and three hard copies of final report
has to be submitted.
6. Cost of Tendering
The Bidder shall bear all costs associated with the preparation and submission of his
Tender and NIWE will in no case be responsible or liable for these costs, regardless of the
outcome of the Tendering process.
7. Payment Schedule for the Deliverables
The total duration for site investigations, laboratory tests and preparation reports is
forty (40) days from the date of contract excluding the time taken by the Authority in
conveying its comments on the Draft Report. The payment schedule is as given below:
Page 12 of 18
Table 1 Payment Schedule
Sl.
No. Specific Deliverables Payment
i. Submission of methodology for the proposed scope
of work & completion of field investigations
25%
ii. Submission of Final reports as per the requirements
of DCZMA/TNCZMA & MoEF& CC
25%
iii. Application to DCZMA/TNCZMA and obtaining
recommendation from state
25%
iv. Application to MoEF&CC & on reception of final
clearance
25%
Total 100%
As per standard terms, payments will be made through RTGS/NEFT on
completion of respective milestones as per the above mentioned payment schedule
within thirty (30) days from the receipt of Invoice.
8. Technical Proposal
Applicants shall submit the technical proposal in the formats at Annexure 1 (the
“Technical Proposal”). While submitting the Technical Proposal, the Applicant
shall, in particular, ensure that:
a. Detailed work plan for preparation of Project schedule and Project
methodology is included (Annexure 2);
b. Details of Technical expertise (brochures, published articles, client
reference, executed work orders) of the firm(s). Bid proposal letter in the
prescribed format is attached along with the relevant supporting documents
to establish the pre-qualification criteria is included (Annexure 3);
c. Technical compliance shall be furnished along with the offer, confirming
compliance to all the terms and conditions of the tender document
(Annexure 4)
The Technical Proposal shall not include any financial information relating to
the Financial Proposal. Failure to comply with the requirements spelt out in this
section shall make the bid liable to be rejected.
The proposed team shall be composed of experts and specialists (the
“Professional Personnel”) in their respective areas of expertise and
managerial/support staff (the “Support Personnel”) such that the bidder should
be able to complete the Consultancy within the specified time schedule. The
Key Personnel shall be included in the proposed team of Professional Personnel.
Other competent and experienced Professional Personnel in the relevant areas of
expertise must be added as required for successful completion of this
Consultancy. The CV of each such Professional Personnel, if any, should also be
submitted.
Page 13 of 18
10) Financial Proposal
The Financial Proposal/Price Bid format is given in the ANNEXURE-5.
11) Evaluation
NIWE shall technically evaluate the bidders based on their completed projects in
marine environment and pre-bid criteria. Further the Technically qualified
bidders/applicants will be considered for financial Evaluation.
12) Completion of Services
All the study outputs including primary data shall be compiled, classified and
submitted by the Bidder to NIWE in soft form apart from the reports indicated in
the Deliverables. The study outputs shall remain the property of the NIWE and
shall not be used for any purpose other than that intended under this tender without
the permission of the Bidder. The Consultancy shall stand completed on
acceptance by NIWE of all the Deliverables of the Bidder. The Consultancy shall
in any case be deemed to be completed upon expiry of 3 (three) months from the
Effective Date, unless extended by mutual consent of the NIWE and the Bidder.
Page 14 of 18
Annexure 1
TECHNICAL PROPOSAL
Letter of Proposal
(On Applicant’s letter head)
(Date and Reference)
To,
Sub: Appointment of Bidder for Offshore Environmental Impact Assessment (OEIA)
studies for the proposed LiDAR point at Gulf of Mannar, off Tamil Nadu coast for
offshore wind measurement.
Dear Sir,
With reference to your tender Document dated ………….., I/we, having examined all
relevant documents and understood their contents, hereby submit our Proposal for
carrying out Offshore Environmental Impact Assessment(EIA) studies. The proposal is
unconditional and unqualified.
All information provided in the Proposal and in the Appendices is true and correct and all
documents accompanying such Proposal are true copies of their respective originals. This
statement is made to the express purpose of appointment as the Bidder for the aforesaid
Project.
I/We shall make available to the NIWE any additional information it may deem necessary
or require for supplementing or authenticating the Proposal. I/We declare that we/any
member of the consortium, are/is not a Member of a/any other Consortium applying for
Selection as a Bidder.
I/We declare that the consortium arrangement, if any, will remain firm for the whole
duration of the project if the contract is awarded. Upon award of contract, I/We will
provide full support to ensure the successful and timely completion of the work as
described in the Tender.
I/We jointly assure NIWE that all contractual obligations as per tender shall be honored
until completion of the work mentioned in this tender. In witness thereof, I/we submit this
Proposal under and in accordance with the terms of the tender Document.
Yours faithfully,
(Signature, name and designation of the authorized signatory)
(Name and seal of the Applicant /Bidder)
Page 15 of 18
Annexure 2
Proposed Methodology and Work Plan
The proposed methodology and work plan shall be described as follows:
1. Understanding of Project
The Applicant shall clearly state there understanding of the project and also highlight its
important aspects. The Applicant may supplement various requirements of the project and
also make precise suggestions if it considers this would bring more clarity and assist in
achieving the Objectives laid down in the TENDER.
2. Methodology and Work Plan
The Applicant will submit its methodology for carrying out this assignment, outlining its
approach toward achieving the Objectives laid down in the TENDER. The Applicant will
submit a brief write up on its proposed team and organization of personnel explaining
how different areas of expertise needed for this assignment have been fully covered by its
proposal. In case the Applicant is a consortium, it should specify how the expertise of
each firm is proposed to be utilized for this assignment. The Applicant should specify the
sequence of important activities, and provide a quality assurance plan for carrying out the
services.
Page 16 of 18
Annexure 3
Abstract of Eligible/Completed Projects of the Firm
Sl.
No
Name of
Project
Name of Client
(Address, phone &
email)
Capital cost of
project
(In Rs. lakhs.)
Date of Commencement of the
Project
Date of Completion of the
Project
Duration
1
2
3
Note: The Firm should attach separate sheets to provide brief particulars of other relevant experience. Only Projects/work completed before
the Tender issue date should be mentioned. Sufficient documentary evidence of the work (Work Order and Completion Certificate) satisfying
the condition shall be attached.
Page 17 of 18
Annexure 4
Technical Compliance sheet
No. Item Yes/No
(1) Willing to provide the sufficient manpower and equipment to carry out the this
project
(2) Willing to collect 18 water samples during High Tide and Low Tide at
location
(3) Willing to collect 9 Sediment Samples at location
(4) Willing to carry out the work as per the given scope of work
(5) Willing to provide the Final report as per the given scope of work
(6) Agreeable for providing the necessary insurance for men / equipment /
material and vessels as per the existing norms in India.
(7) Willing to hand over the final processed data, complete in all aspects, within
40 days from the date of placement of the order
Page 18 of 18
Annexure- 5
PRICE BID Sl.
No
Item name
Qty
Unit
Rate
Amount Remarks
1. Collection of water samples at 9 locations during
High Tide and Low Tide
18
2. Collection of sediment samples at 9 locations 9
3. Conduct all the Field and laboratory tests (All test
as per relevant standards) as required on Water
samples
18
4. Conduct all the Field and laboratory tests (All test
as per relevant standards) as required on Sediment
samples
9
5. Preparation and submission detailed report with
necessary graphs and drawings with
recommendations (Both Hard and Soft copy) and
activities related to obtaining the requisite
clearances from DCZMA/TNCZMA &
MOEFF&CC.
LS
6. Total value
7. GST / Taxes
8. Grand Total
Note:
* All the values are indicative and may vary based on the site conditions.
(Rupees)………………………………………………………………………………………………
…………………only)
Note:
1. The financial evaluation shall be based on the above Financial Proposal.
2. GST shall not be reckoned for purposes of financial evaluation.
3. The least cost proposal will be ranked as L-1 and the next
higher and so on will be ranked as L-2, L-3 etc. The least cost
proposal (L-1) will be considered for award of contract.